Loading...
HomeMy WebLinkAboutContract 40758-A1 (2)Amendment No. 1 STATE OF TEXAS COUNTY OF TARRANT CITY SECRETARY CONTRACT NO. SECRETARY, WHEREAS, the City of Fort Worth (City) and Kimley Horn and Associates, Inc. ("Consultant") made and entered into City Secretary Contract No. 40758 (the Contract) on the _2nd day of September, 2010; and WHEREAS, the Contract involves professional services for the following project: Bicycle Facility Pilot Program - American Recovery and Reinvestment Act Project WHEREAS, it has become necessary to execute Amendment No.1 to said Contract to include an increased scope of work and revised maximum fee. NOW THEREFORE, City and Consultant, acting herein by and through their duly authorized representatives, enter into the following agreement which amends the Contract: 1. Article I of the Contract is amended to include the revised scope of services specified in a proposal letter dated February 28, 2011, a copy of which is attached hereto and incorporated herein. The cost to City for the additional services to be performed by Consultant total $36,000.00. 2. Article II of the Contract is amended to provide for an increase in the maximum fee to be paid to Consultant for all work and services performed under the Contract, as amended, so that the total fee paid by the City for all work and services shall not exceed the sum of $162,975.00. 3. All other provisions of the Contract, which are not expressly amended herein, shall remain in full force and effect. 40. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Amendment to Professional Services Agreement Page lof2 IN WITNESS THEREOF, the parties hereto have made and executed this Agreement in multiple originals on this day of , 2011, in Fort Worth, Tarrant County, Texas. CITY OF FORT WORTH: Fernando Costa Assistant City Manager RECOMMENDED: 1 and -Mar riod. erector Planning & Development Department APPROVED AS TO FORM AND LEGALITY: Assi"' . Attorney ATTEST: Marty Hendrix City Secretary 2:2a a b�� Date M&c C-actttl Date 5eJ0 ate 1� gt r,4 w ao� 0 CONSULTANT: Glenn A. Gary Senior Vice President cratbaCooaoo c 40% 0 apigi q1d a 0p4.7 444, ;eta," 0 %41-ttvisvcatr OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Amendment to Professional Services Agreement Page2of2 April 7, 2011 Ms. Julia McCleeary. Senior Planner City of Fort Worth Planning and Development 1000 Throckmorton Street Fort Worth, TX 76102 Re City of Fort Worth — Bicycle Facility Pilot Program — American Recovery and Reinvestment Act Project Contract Amendment No. 1 City Secretary Contract Number: 40758 KHA No. 061018074 Dear Julia: The City of Fort Worth (City) has requested Kimley-Horn and Associates, Inc. (Kimley-Horn) to perform additional services for the Bicycle Facility Pilot Program. This project consists of the design for signage and pavement markings depicting on -street bicycle routes or lanes with supporting directional signage consistent with the recommendations of the Bike Fort Worth Plan. The project was funded by a grant through the American Recovery and Reinvestment Act (ARRA) fund through the Department of Energy (DOE). Kimley-Horn has performed or will perform the work outlined in the following items. State Historical Preservation (SHPO) Exhibits • The original scope of services did not include development of SHPO exhibits. All proposed bicycle rack locations and proposed signage are required to be approved by SHPO. This effort requires photographed locations of each bicycle rack location (approximately 130 locations / 200 bicycle racks) within the study area In addition, each sign location (approximately 200 sign locations) in the study area was or will be photographed SHPO exhibits for the bicycle rack locations and signage locations were or will be created. A SHPO exhibit indicating the appropriate signs for each bicycle design corridor was or will be created. These corridors are listed on the following page. The additional amount requested for these services is $8,500. Corridor • 1st Street • 2nd Street • 3rd Street • 4th Street (Macon Street) • 5th Street • 7th Street • 10th Street • Bluff Street • Burnett Street • Calhoun Street • Commerce Street • Commerce Street • Florence Street • Grove Street • Houston Street • Jennings Street • Jones Street • Lamar Street • Penn Street • Taylor Street • Texas Street • Throckmorton Street Ms. Julia McCleeary, April 7, 2011, Page 2 Limits Jones Street to Elm Street Henderson Street to Taylor Street Throckmorton Street to Houston Street Henderson Street to Nichols Street 5th Street to Grove Street 10th Street to 5th Street Forest Park Boulevard to Macon Street Fournier Street to Jones Street Forest Park Boulevard to Jennings Street Grove Street to Elm Sheet Belknap Street to 4th Street 3rd Street to9th Street Belknap Street to 4th Street and 9th Street to Daggett Avenue 7th Street to Texas Street 1st Street to 4th Street Belknap Street to 9th Street 10th Street to 1H-30 Lancaster Street to 1st Street 10th Street to Lancaster Street 10th Street to Texas Street Belknap Street to 7th Street Penn Street to Throckmorton Street Belknap Street to Lancaster Street Additional Construction Phase Services • Construction Coordination Meetings - Kimley-Horn will prepare for and attend and/or conduct construction coordination meetings for the corridors listed above. It is anticipated that four additional preconstruction meetings will be needed. • Clarifications and Interpretations - Kimley-Horn will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the design plans. Any orders authorizing variations will be made by the City. • Site Visits - Kimley-Horn will conduct site visits to the corridors listed above prior to and during construction. It is anticipated that two -hours will be needed per corridor listed above. Ms. Julia McCleeary, April 7, 2011, Page 3 • Project Management — Kimley-Horn will perform project management services including coordination with City staff and contractor regarding design plans for the striping, signage, and bicycle racks. The additional amount requested for these services is $15,500. Location of Bicycle Parking in W. 7th • Kimley-Horn will locate up to fifty (50) bicycle racks in the W. 7`h Street area. This effort will include field locating each rack and developing the SHPO exhibits. The City will lead the property owner coordination but Kimley-Horn will assist and attend up to two (2) meetings with the property owners. The additional amount requested for these services is $4,500. Design of 9th Street • Kimley-Horn will design the bicycle route on 9th Street from Throckmorton to Jones consistent to Task 5 of the original agreement The additional amount requested for these services is $1,500. Design of 3ra/4th Street • Kimley-Horn will design the bicycle lane on 3r1/4t Street from Nichols to Syvania consistent to Task 5 of the original agreement. This will include striping and signing for the existing Trinity Trails Crossing. The additional amount requested for these services is $3,500. Share the road signs • Kimley-Horn will locate share the road signs on Henderson Summit, Belknap and Lancaster. Some facilities may be determined to not have this sign installed. This effort will include field locating each sign and developing the SHPO exhibits. The signs will be located on an aerial exhibit with no curb line work. The additional amount requested for these services is $2,500. Ms. Julia McCleeary, April 7, 2011, Page 4 We recommend that the City increase the maximum fee not to exceed budget by $36,000 to provide these services. This will increase the overall increase the maximum fee not to exceed budget to $162,975. Additional M/WBE participation is not required for these additional services. With the revised contract amount of $162,975, our total contract M/WBE participation is $24,975 (15.32%). We appreciate the opportunity to be of continued service to the City. Please contact us if we need to provide any further information. Very truly yours, KIMLEY-HORN AND ASSOCIATES, INC. Glenn A. Gary, P.E. Vice President K:1FTW TPTO10610180741PPP\Amendment_112011 4 7 B icycle_PilotProgram_Amdt1.doc Jeff Whitacre, P.E. Project Manager M&C Review http://apps.cfwnet.org/council packet/mc_review.asp?ID=1 5 1 4 1 &council ... ©ILflf7 (c;OP9WICIL AGENDA Official site of the City of Fort Worth, Texas FORT WoRTII COUNCIL ACTION: Approved on 5/10/2011 DATE: 5/10/2011 REFERENCE **C-24899 LOG NAME: 06AMENDDOWNTOWNBIKEPILOT NO.: CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of Amendment No. 1 to City Secretary Contract No. 40758 with Kimley-Horn and Associates, Inc., in the Amount of $36,000.00, to Conduct a Downtown Bicycle Facilities Pilot Program (COUNCIL DISTRICTS 2, 8 and 9) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No. 1 in the amount of $36,000.00 to City Secretary Contract No. 40758, an Engineering Services Agreement with Kimley-Horn and Associates, Inc., for additional professional engineering services thereby increasing the total fee to $162, 975.00. DISCUSSION: On May 26, 2009, (M&C C-23554) the City Council authorized application for and acceptance of a $6,738,300.00 grant from the U S Department of Energy (DOE) through the Energy Efficiency and Conservation Block Grant Formula Program (EECBG) The grant agreement authorizes implementation of specific activities in accordance with the City's Energy Efficiency and Conservation Strategy (EE and CS), which was submitted with the EECBG application. A portion of the grant ($381,232.00) was allocated to conduct a Downtown Bicycle Facilities Pilot Program. On August 17, 2010, (M&C C-24391) the City Council authorized an engineering services agreement with Kimley-Horn and Associates, Inc., for the design of on -street bicycle signage and pavement markings and locating bicycle racks in downtown Fort Worth. Amendment No. 1 to the project consists of preparation of additional design plans, construction phase services and locating additional bike racks as requested by the Planning and Development Department. This amendment is a reallocation of the existing $381,000.00 grant dollars for this project due to cost savings. Cost under -runs on pavement markings and bicycle racks allowed for additional engineering services. Kimley-Horn and Associates, Inc., proposes to perform the additional necessary work for a lump sum fee of $36,000.00. City Staff considers this fee to be fair and reasonable for the scope of services proposed. The project is located in COUNCIL DISTRICTS 2, 8 and 9. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current operating budget, as appropriated, of the Grants Fund. TO Fund/Account/Centers FROM Fund/Account/Centers GR76 531200 006484371870 $36, 000.00 1 of 2 05/12/2011 10:10 AN_ M&C R_.;view http://apps.cfwnet.org/council_packet/mc review.asp?ID-1 5 1 4 1 &council ... Submitted for City Manager's Office im Fernando Costa (6122) Origina�ing �e[oar�mer�f bead: Randle Harwood (6101) Additional Information Contact: Julia McCleeary (2593) ATTACHMENTS M C Map.pdf 2of2 05/12/2011 10:10 AM